Heating, Ventilating and Air Conditioning (HVAC) Duct, Air Handler Unit (AHU), Ventilation, and Dryer Duct Cleaning Service at Osan AB, South Korea
ID: W90VN625QA013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide Heating, Ventilating, and Air Conditioning (HVAC) duct, Air Handler Unit (AHU), ventilation, and dryer duct cleaning services at Osan Air Base in South Korea. This non-personal services contract aims to ensure the maintenance of indoor air quality and compliance with safety standards across various military facilities, with a performance period from July 1, 2025, to June 30, 2026, and options extending through June 2030. The procurement is particularly focused on supporting women-owned small businesses and emphasizes adherence to federal regulations, including tax exemptions under the U.S.-ROK Status of Forces Agreement. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by June 2, 2025, and can direct inquiries to the primary contact, Sin Nam Pak, at sinnam.pak2.ln@army.mil.

    Files
    Title
    Posted
    The iPERFORMANCE WORK STATEMENT outlines a non-personal services contract for cleaning HVAC ducts and dryer ducts at Osan Air Base, Korea, addressing concerns over indoor air quality and potential fire hazards. The contractor must provide all necessary materials and follow various regulatory standards during the cleaning operations, including a quality control program to ensure compliance with performance requirements. Services include quarterly cleaning of approximately 13,690 square feet of dryer ducts and annual HVAC system cleaning, with a detailed work schedule coordinated with the Contracting Officer Representative (COR). The document mandates a clear quality assurance process, including inspections and methods for addressing non-conformance. Main contractor responsibilities involve obtaining specific business licenses, employing certified personnel, and developing a safety plan. Cleaning methods must employ effective equipment, such as HEPA filters, and ensure no disruption to the Air Force's mission or health standards. Overall, this document emphasizes the need for professional cleaning services to maintain environmental safety and system efficiency at military facilities, adhering to strict quality and compliance measures throughout the contract duration. The structured requirements and oversight reflect government standards for managing defense infrastructure projects effectively.
    The government is soliciting proposals for a Firm-Fixed-Price contract for HVAC duct, Air Handler Unit (AHU), ventilation, and dryer duct cleaning services at Osan Air Base, South Korea. The procurement will follow Federal Acquisition Regulation (FAR) guidelines, specifically FAR Part 12 and Part 13, using a Lowest Price Technically Acceptable (LPTA) evaluation process. Bidders must meet all non-cost factors to be considered acceptable. A site visit is scheduled for May 8, 2025, where participants must register in advance. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and potential offerors are responsible for monitoring the module for updates. Key evaluation factors include technical qualifications, pricing, and past performance. Technical proposals require valid business permissions and proof of relevant experience, while price proposals must cover the base period and four option years. The selection will also consider past performance based on similar service contracts over the last five years. Acceptance of proposals will create a binding contract without further action needed. This document outlines the critical components for successful participation in the bidding process, reflecting standard practices in government procurement.
    The document provides an addendum to the evaluation criteria for a government solicitation regarding commercial products and services. It outlines the basis for contract awards, which will favor the lowest evaluated price while also meeting acceptable standards for non-cost factors. Proposals must receive "acceptable" ratings across all non-price factors, including technical capability, price, and past performance, to be considered for award. The technical evaluation includes three sub-factors: prime contractor's required business permissions and training certifications, contractor qualifications based on relevant experience, and qualifications of personnel assigned to the contract. Each sub-factor must meet specific requirements to achieve an acceptable rating. Furthermore, the price evaluation entails a complete and reasonable pricing proposal for the base period and four option years. The documentation includes provisions for evaluating past performance based on the contractor’s history over the last five years. The cumulative assessment leads to acceptance or rejection based on the offeror's prior performance results. This addendum specifies detailed expectations and requirements for bidders to ensure compliance with government standards, aiming to guarantee effective contract delivery and quality service performance. Overall, it emphasizes a rigorous evaluative framework essential for federal procurement processes.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the cleaning of HVAC ducts, Air Handler Units (AHUs), ventilation systems, and dryer ducts at Osan Air Base, Korea. The contract is necessitated by deteriorating indoor air quality and associated health risks caused by insufficient cleaning. The contractor must provide personnel, equipment, and materials to ensure compliance with applicable standards and regulations while developing a robust Quality Control Program (QCP) to monitor service effectiveness. Services include quarterly cleaning of approximately 13,690 square feet of dryer duct and annual cleaning of HVAC systems based on a specified work schedule. The contractor is required to conduct a joint site survey and submit various reports, including a post-cleaning report. The contract emphasizes quality assurance, with methods of surveillance outlined for assessing contractor performance, including random sampling and customer feedback. The contractor must also adhere to safety regulations, provide a safety plan, and report any accidents promptly. Overall, the document serves as a comprehensive guide to ensure that cleaning services meet required standards, ultimately aimed at improving indoor air quality and safety at Osan Air Base.
    The document outlines several tax exemption clauses applicable to contractors engaged with the U.S. military in the Republic of Korea (ROK), implementing provisions from the Status of Forces Agreement between the U.S. and ROK. Key clauses include exemptions from customs duties, special excise taxes, value-added taxes (VAT), and taxes on petroleum products (POL). Contractors must certify that contract prices exclude these taxes and follow specific procedures to apply for refunds on any paid amounts. The document also establishes a procedure for addressing procurement complaints through the AMC-Level Protest Program, encouraging resolution before escalating the issue. Overall, it serves to facilitate contractor compliance while ensuring cost-effectiveness in procurement processes within the unique legal and tax landscape of U.S. military operations in Korea.
    The Army Contracting Enterprise (ACE) is implementing the Army Contract Writing System (ACWS), a new software suite intended to replace existing contract writing systems. During the transition, offerors must be aware that the contracting office may utilize varied writing systems, resulting in different submission instructions and document formats. Offerors are encouraged to review all solicitation documents carefully and to report any discrepancies to the Contract Specialist or Contracting Officer immediately. The government will not intentionally alter terms and conditions of solicitations or awards during the transition without clear documentation of changes. In the event of network disruptions or errors, the Contracting Officer may opt to use alternative funding mechanisms to ensure timely contract execution, while still adhering to the previously established evaluation methodologies. Once any technical issues are resolved, a correctly formatted award reflecting the requirements will be issued. This document serves to inform offerors about the procedural adjustments and potential impacts stemming from the transition to the new ACWS software.
    The document is a Contractor’s Tax Exemption Declaration, primarily intended for use in federal contracts subject to U.S. tax laws and applicable international agreements, such as the US-ROK Status of Forces Agreement. It outlines the requisite information contractors must provide regarding tax exemptions applicable to their proposals for contracts involving goods and services in South Korea. Key components include sections for detailing estimated taxes, such as Customs Tax, Special Excise Tax, and Value Added Tax (VAT) relating to the contract. Contractors are required to declare whether items are imported specifically for the contract and provide detailed calculations of associated taxes, including VAT on supplies, transportation, and services. Additionally, contractors must certify that all proposed supplies and services are exclusive of certain taxes. Overall, this declaration ensures compliance with tax regulations while allowing contractors to submit bids that reflect accurate tax considerations. The document is structured to collect necessary information systematically while facilitating the tax exemption process for contractors engaged in tax-heavy environments.
    The SOFA Notice for Local Vendor outlines the requirements for offerors submitting proposals under the Republic of Korea (ROK)-U.S. Status of Forces Agreement. It specifies that no Invited Contractor or Technical Representative Status will be granted to any offeror. All bidders must either possess or obtain appropriate business licenses from the ROK Government and conduct operations in accordance with local laws pertaining to labor, taxation, and immigration. Any contractor not already operating in Korea must include verification of such licenses in their proposals to be considered. Additionally, all price proposals must be submitted exclusively in Korean Won (₩), with any proposals in other currencies disqualified from consideration. The notice emphasizes compliance with ROK regulations as a critical component for the award process, highlighting the authority of the Contracting Officer in determining the adequacy of the proposals.
    The document presents HVAC as-built drawings from the Far East District of the US Army Corps of Engineers, specifically for the SNCO Dormitory. It includes various detailed plans for the first, second, and subsequent floors, covering distinct HVAC systems across multiple sectors (A, B, C). Each plan identifies sectors by sheet identification numbers (e.g., MH401 for Sector A's first floor) and outlines the layout and piping of HVAC components required for each sector. The overarching objective is to ensure optimal climate control and maintain mechanical integrity of the dormitory's facilities. This documentation serves as a technical reference for construction and maintenance personnel, illustrating the necessary specifications and configurations for efficient HVAC operations within a military housing context. The emphasis on clear identification numbers and sector divisions facilitates navigation and usage of these plans for compliance with engineering standards and operational efficiency.
    The document addresses concerns related to the cleaning and classification of the BX building during a government bidding process. The contractor highlights that cleaning the BX building requires significantly more time and resources—estimated at three times the cost and necessitating a three-week shutdown compared to general buildings like dormitories or offices. The contractor suggests that the BX facility should be treated separately within the solicitation to reflect these unique challenges accurately. In response, the government modifies the Performance Work Statement (PWS) to include protective measures for items during cleaning but does not acknowledge the increased difficulty level. Additionally, the document confirms that a training certificate from the Korean Facility Hygiene Management Association is acceptable for establishing the Prime Contractor's business permission in South Korea. Overall, the file reveals challenges and adjustments in the bidding process while aiming for compliance with regulations and operational standards.
    The document outlines a solicitation for a contract focused on HVAC and dryer duct cleaning services for the U.S. military installation at Osan. It is designed for women-owned small businesses (WOSB) and includes specific details regarding the quantities and types of services required, such as cleaning of dryer ducts, air handling units, and replacing filters, all specified with firm fixed pricing. The contract has a performance period running from July 1, 2025, to June 30, 2026, with provisions for options extending through June 2030. The document stipulates that payment will be managed through the Wide Area Workflow system and includes crucial clauses related to compliance with federal regulations, including anti-terrorism measures and contractor requirements. Additionally, it emphasizes the importance of adhering to government procurement standards, ensuring the competitive advantages afforded to women-owned businesses are upheld while maintaining high service quality and compliance with military procurement protocols. Overall, this solicitation showcases the government's initiative to support diversity in contracting while meeting operational needs for facility maintenance.
    The document outlines a solicitation for a contract aimed at providing HVAC and dryer duct cleaning services at Osan Air Base. It is categorized under the Women-Owned Small Business (WOSB) initiative, identifying the contractor's requirements, including specific services, quantities, and pricing arrangements. The total contract period extends from July 1, 2025, to June 30, 2030, with various tasks specified, such as cleaning HVAC duct systems, dryer ducts, and air handling units, all of which must be undertaken based on the specified units and square footage. The solicitation specifies that all services must adhere to the Federal Acquisition Regulation (FAR) standards, with listed clauses that govern order limitations, delivery scheduling, and contract types. Additionally, the document designates specific points of contact for inquiries and details the criteria for evaluation and acceptance. This procurement process reflects the government's commitment to supporting small businesses while ensuring essential cleaning services are maintained at military facilities, emphasizing compliance with safety and operational guidelines.
    The document details the amendments related to a federal solicitation for HVAC duct cleaning and air handling unit services. Key changes include extending the deadline for offer submissions from May 26, 2025, to June 2, 2025, and updates to service descriptions for various line items, such as rebranding “Supply and Return Air Duct Cleaning” to “HVAC Duct System Cleaning.” Additionally, the contract type has been modified from a firm-fixed-price to a requirements contract, necessitating adjustments in several contract clauses, particularly those addressing compliance and operational protocols. Deleted clauses highlight updated regulations and compliance requirements that contractors must meet, reinforcing the government's standards on procurement integrity and labor. The clarity and changes serve to streamline contractor participation while ensuring adherence to regulatory obligations, emphasizing the document's role in facilitating transparent and effective procurement processes within the federal framework.
    Similar Opportunities
    CONDUCT HOUSING REQUIREMENTS AND MARKET ANALYSIS (HRMA) FOR OSAN AB, REPUBLIC OF KOREA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Korean-owned architect-engineer firms to conduct a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Republic of Korea. The objective of this procurement is to manage and execute a project that assesses military housing needs in accordance with Department of Defense and Air Force guidelines, which includes site visits, data collection, and market analysis. This opportunity is critical for ensuring that housing requirements are met for military personnel stationed at various Air Force bases worldwide, including Osan AB. Interested firms must submit their qualifications and responses to the sources sought notice by 3:00 PM Central Standard Time on January 12, 2026, to the designated contacts, Gregorio Armand and Louwanna Wright, via email.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    Base-Wide Hood and Duct Cleaning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for Base-Wide Hood and Duct Cleaning services at Beale Air Force Base in California. The procurement aims to identify potential contractors capable of providing comprehensive cleaning services for kitchen exhaust hoods and ducts, adhering to various safety and regulatory standards, including NFPA and OSHA guidelines. This cleaning is crucial for maintaining operational safety and compliance within military facilities, ensuring that fire suppression systems remain functional and that all cleaning processes are environmentally responsible. Interested parties are encouraged to submit their capabilities statements and past performance indicators to Teresa Romig at teresa.romig@us.af.mil or SSgt VeAnCa Crawley at veanca.crawley.1@us.af.mil, as this is a market research effort and not a solicitation for proposals.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    Kitchen Ventilation Hoods Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide kitchen ventilation hood cleaning services at Fort Leonard Wood, Missouri. The objective is to ensure safe and operational kitchen hood ventilation systems across various facilities, with a contract period expected to last up to five years, including one base year and four option years. This procurement is crucial for maintaining compliance with safety and operational standards, as the contractor will be responsible for all personnel, labor, equipment, and materials necessary for the cleaning services, adhering to local, state, and federal regulations. Interested parties must submit a capabilities statement by 4 PM CST on December 29, 2025, to Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil, as this opportunity is set aside for small businesses under the SBA guidelines.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Korean Elevator Maintenance/Repair.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Korean Elevator Maintenance and Repair services at Kunsan Air Base, Korea. The procurement aims to ensure the operational readiness and safety of elevator systems through comprehensive maintenance and repair services, as outlined in the attached Performance Work Statement (PWS). These services are critical for maintaining essential infrastructure and supporting the daily operations of the base. Interested contractors can reach out to D Estes at d.s.estes.civ@army.mil or call 315-755-9314 for further details regarding the solicitation process.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    AIR HANDLING UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of an Air Handling Unit. This contract requires the manufacture and supply of the Air Handling Unit, adhering to specific design and quality assurance standards, including compliance with MIL-STD-130 for marking and documentation. The Air Handling Unit is critical for maintaining air quality and environmental control in naval facilities, ensuring operational readiness and safety. Interested vendors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.A.DIEHL.CIV@US.NAVY.MIL for further details, and are encouraged to submit their proposals promptly as the procurement process is underway.